Plnat Water-make Up p&Id

download Plnat Water-make Up p&Id

of 58

Transcript of Plnat Water-make Up p&Id

  • 7/23/2019 Plnat Water-make Up p&Id

    1/58

    BHARAT HEAVY ELECTRICALS LIMITED(A Govt Of India Undertaking)

    POWER SECTOR EASTERN REGIONPLOT DJ 9/1, SECTOR II, SALT LAKE

    KOLKATA 700 091

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME IF TECHNICAL CONDITIONS OF CONTRACT

    & SCOPE ETC (4 SECTIONS)

    JOB Erection, testing and commissioning ofRiver/Canal water piping, Plant water piping/

    ACW piping & DM water piping systems andvarious balance piping systems, Equipments andpiping of Fire Protection system package

    CAPACITY 2x660 MWPROJECT Suratgarh Super Crit ical TPS, Rajasthan. Stage-

    V, Unit # 7 & 8.

  • 7/23/2019 Plnat Water-make Up p&Id

    2/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 1 OF 19

    CONTENT

    CLAUSENO

    DESCRIPTION

    1.0 PROJECT SYNOPSIS AND GENERAL INFORMATION

    2.0 SITE VISIT

    3.0 NAME OF WORK4.0 DEVIATIONS

    5.0 DEWATERING

    6.0 QUALITY CONTROL & QUALITY ASSURANCE

    7.0 QUALITY ASSURANCE PROGRAMME

    8.0 GENERAL TECHNICAL REQUIREMENTS (CODES AND STANDARDS)

    9.0 METHOD OF MEASUREMENT

    10.0 WORK & SAFETY REGULATIONS

    11.0 SERVICES TO BE RENDERED BY THE BIDDER

    12.0 PROTECTION

    13.0 ERECTION SCHEDULE

    14.0 CONTRACT MANAGEMENT15.0 CONSTRUCTION MANAGEMENT

    16.0 PROJECT PROGRESS REVIEW MEETINGS

    17.0 SITE ORGANISATION

    18.0 GENERAL GUIDELINES FOR FIELD ACTIVITIES

    19.0 CERTIFICATE TOWARDS COMPLETION

    20.0 PROJECT MANAGEMENT

    21.0 GENERAL

    22.0 COMMUNICATION

    23.0 IMTE

    24.0 TEST CERTIFICATE FOR T&P

    25.0 ISSUE OF T&P26.0 INSURANCE

    27.0 FACILITIES TO BE PROVIDED BY BHEL/ CUSTOMER

    28.0 AREA REQUIREMENT /OTHER FACILITIES TO BE PROVIDED BYCONTRACTOR

    29.0 CONSTRUCTION OF TEMPORARY OFFICE ETC

    30.0 TOOLS AND PLANTS

    31.0 TOOLS AND PLANTS TO BE PROVIDED BY BHEL (SHARED MACHINERY)

    32.0 CONSUMABLE

    33.0 COMPLETION PERIOD

    34.0 CONSTRUCTION SCHEDULE

    35.0 TAXES, DUTIES ETC

    36.0 CONTRACT PRICE37.0 PAYMENT TERMS

    38.0 MOBILISATION ADVANCE

    39.0 OVER RUN COMPENSATION

    40.0 RATE REVISION & PRICE VARIATION COMPENSATION (PVC)

    41.0 SECURITY DEPOSIT & PERFORMANCE BOND

    42.0 EXTRA WORK FOR RECTIFICATION/ MODIFICATION

    43.0 LIQUIDATED DAMAGES

    44.0 GUARANTEE

    45.0 RECONCILIATION OF BHEL ISSUED MATERIALS

    46.0 OTHER TERMS

    47.0 ANNEXURE-I (LIST OF T&Ps TO BE PROVIDED BY CONTRACTOR)

  • 7/23/2019 Plnat Water-make Up p&Id

    3/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 2 OF 19

    This volume shall be construed as part of tender document and shall be read along-with othersvolumes of tender. Unless otherwise specified, in case of any confusion of any clause/ provision ofthis volume or any conflict/ inconsistency of any clause/ provision of this volume with that of othervolume, the same shall be brought out by the bidder in writing to BHEL for clarification or duringpre-bid discussions, if applicable, failing which most stringent interpretation in favour of BHEL shallbe adopted and the same shall be binding to the bidder. Unless otherwise specified, all terms &

    conditions shall be applicable for entire scope and for each part/ package of the tender.

    CLAUSENO

    DESCRIPTION

    1.0 INTRODUCTION

    1.1 Name of the Owner : RAJASTHAN RAJYA VIDYUT UTPADAN NIGAMLIMITED (RVUNL)

    Address : 2 X 660 MW Super Thermal TPS, Suratgarh,District-Sriganganagar, Rajasthan, India

    New Installation : 2 x 660 MW, Stage V, UNIT#7&8

    Nearest RailwayStation

    : Suratgarh Junction Railway Station

    Nearest City/Town : Suratgarh- 15 Km.

    Sri Ganga Nagar- 100 Km

    Maximum Temperature : 50 deg. C.

    Minimum Temperature : (-) 2.8 deg. C.

    2.0 SITE VISIT

    Contractor should visit site and acquire full knowledge and information about siteconditions. The bidder must visit site, to acquaint himself with the conditionsprevailing at site and in and around the plant premises at Suratgarh, together with allthe statutory, obligatory, mandatory requirements of various authorities beforesubmission of the bid.

    3.0 NAME OF WORK

    Erection, testing, commissioning etc of River/Canal water piping, Plant Water piping,ACW piping(inside TG Bay) & DM water piping systems (DMCW,CondensateTransfer, DM water make up etc) and various balance piping systems (instrument

    air, service air, drinking water, service water piping etc), Piping /equipment of FireProtection system pkg. etc. at 2x 660 MW RRVUNL, STAGE-V, Unit# 7&8 atSuratgarh Project, Rajasthan

    4.0 DEVIATIONS

    The bidder is required to submit deviations proposed by him with his offer in therelevant schedule/ format without any ambiguity. Any assumptions, presumptions,deviations etc. indicated or implied anywhere by the bidder except those indicated inthe deviation schedule/ format will not be recognized and will not form a part ofconsideration / offer. In the absence of such filled-up schedule/ format, it will beunderstood and agreed that the bidders offer is based on strict conformance to thespecification and no negotiation would be allowed in this regard. BHEL reserve theright not to recognize any / all deviations submitted after opening of the bid.

    5.0 DEWATERINGContractor shall ensure at all times that his work area & approach/ access roads arefree 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 beadmitted by BHEL. No separate payments for dewatering of subsoil, surface wateror catchments water, if required, at any time during execution of the work includingmonsoon period shall be considered by BHEL.

  • 7/23/2019 Plnat Water-make Up p&Id

    4/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 3 OF 19

    6.0 QUALITY CONTROL & QUALITY ASSURANCE

    Contractors engineers and supervisors shall be adequately qualified and alsoinclined to do a quality job. The quality assurance engineer shall co-ordinate allaspects of quality control, inspection, implementation of quality assuranceprocedures laid down in Quality Plan and technical specification by BHEL. He shallfill up quality assurance log sheets/ formats and submit to BHEL for joint inspection

    and acceptance. The contractor shall fill up, maintain & preserve the quality recordsin computerized media. Customer/ BHELs authorized representative shall be givenfree access at all time to such quality related records etc. for inspection, review etc.

    7.0 QUALITY ASSURANCE PROGRAMME

    7.1 The contractor shall arrange for suitable quality assurance programme to control allactivities pertaining to the scope of work, as necessary. Such programs shall beoutlined by the contractor and shall be finally accepted by BHEL. A qualityassurance programme of the contractor shall generally cover the following

    7.2 Organization Structure and qualification data for key Personnel of the contractor forthe management and implementation of the proposed quality assurance programme.

    7.3 The procedure for source inspection, incoming raw material inspection, verification

    of material purchased etc.7.4 System for maintenance of records.

    7.5 All materials, components and equipments covered under the specification shall beprocured, manufactured, erected, commissioned and tested, as applicable, at allstages as per comprehensive quality assurance programme. An indicativeprogramme for inspection /test, to be carried out by the contractor, for some of themajor items is given in the respective technical specification.

    7.6 Field quality plan will detail out the quality practices and procedures etc to befollowed by the contractors site quality control organization, during various stages ofsite activities from receipt of material /equipment at site.

    7.7 Casting and forgings used for construction shall be of tested quality. Details ofresults of chemical analysis, mechanical properties test result, as necessary, shall

    be furnished.7.8 All welding shall be carried out as per procedure drawn and qualified in accordance

    with the requirements of ASME Section- 1X/BS4870 or other international equivalentstandard acceptable to BHEL/ Customer.

    7.9 All welders etc employed on any part of the contract at contractors work or at siteshall be qualified as per ASME Section IX or BS 4871 or equivalent internationalstandard approved by BHEL/ customer. Such qualification test shall be conducted inpresence of BHEL/ customer.

    7.10 All non-destructive examinations (NDT) shall be carried out in accordance withapproved international standard. NDT operators shall be qualified as per SNT-TC-IA(of American society of non-destructive examination) Results of NDT shall beproperly recorded and submitted for approval.

    7.11 All the purchase specifications for the major bought out items list of which shall bedrawn up by the contractor and finalized with BHEL/ customer shall be furnished toBHEL for comments and approval before placement of orders.

    7.12 BHEL/ customer reserve the right to carry out quality audit and quality surveillance ofthe systems and procedures of contractors quality management. Contractor shallprovide all necessary assistance to enable BHEL/ customer to carry out such audit.

    7.13 Quality audit/approval of the results of test and inspection will not prejudice the rightof BHEL/ customer to reject an equipment service not giving the desiredperformance and shall not in no way limit the liabilities and responsibilities of thecontractor in earning satisfactory performances of equipment/service as perspecification.

    7.14 Repair/ rectification procedure to be adopted to make any job acceptable shall besubject to the approval of BHEL/ customer.

    7.15 All the latest relevant IS codes as per technical specification should be available withthe contractor at site with in 45 days from the date of placement of LOI.

    8.0 GENERAL TECHNICAL REQUIREMENTS (CODES AND STANDARDS)

    8.1 Except where otherwise specified, the plant/ equipment shall comply withappropriate Indian Standard or an agreed internationally accepted Standard

  • 7/23/2019 Plnat Water-make Up p&Id

    5/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 4 OF 19

    Specification as mentioned elsewhere in tender, each incorporating the latestrevisions at the time of tendering. Where no internationally accepted standard isapplicable, the bidder shall give all particulars and details as necessary; to enableBHEL to identify all of the plant/ equipment in the same detail as would be possiblehad there been a standard specification.

    8.2 Where the bidder proposes alternative codes or standards he shall include in his

    tender one copy (in English) of each standard specification to which materialsoffered shall comply. In such case, the adopted alternative standard shall beequivalent or superior to the standards mentioned in the specification.

    8.3 In the event of any conflict between the codes & standards referred above, andrequirements of this specification, the requirements which are more stringent shallgovern.

    8.4 Tools used during erection and commissioning shall not be accepted except with thespecific approval of the engineer.

    8.5 Wherever specified or required the plant/ equipment shall conform to variousstatutory regulations such as Indian Boiler Regulation, Indian Electricity Rules,Indian Explosive Act, Factories Act etc, wherever required, obtaining approval for

    plant/ equipment supplied under the specification from statutory authorities shall bethe responsibility of the contractor.

    9.0 METHOD OF MEASUREMENT

    9.1 Where payment is to be made on the basis of weight, the weight per uni t givenin the BHEL document only shall be taken in to consideration. In case suchinformation is not available in BHEL documents, then the latest relevant IndianStandards in this regard may be applied.

    9.2 Spares, surplus quantity, erection contingency materials will not be paid for unlessthe same has been consumed in place of regular item of measurable work as perthe rate schedule.

    9.3 Where the payment is made on the basis of item rate, actual executed quantitymeasured jointly shall only be paid for.

    9.4 It is clarified that as far as weight constituted by welding consumables and otherconsumables supplied by BHEL as well as by the contractor, shall be ignored for thepurpose of payment.

    9.5 BHEL Engineers decision regarding stage of payment corresponding to progress ofwork, calculation of weight etc. will be final and binding on the contractor.

    9.6 No separate payment will be made for grouting of equipments, structures etcspecified elsewhere in these specifications.

    9.7 Erection of Flow Nozzles, Flow Elements, Isolating Device etc. which are introducedafter removing a part of the already erected pipeline, will be paid as per actualweight of these newly erected items. This will be in addition to the payment made forthe portion being removed.

    9.8 No separate payment will be made for the weight / volume of lubricant, oils,chemicals, gases, water, preservatives etc.

    10.0 DELETED

    11.0 SERVICES TO BE RENDERED BY THE BIDDER

    Services for construction, fabrication, equipment erection, testing as well as trial run& commissioning of various equipment and accessories under the contract shallinclude but not be limited to the following.

    11.1 Issuing materials from store/ open yard from time to time for erection as per theconstruction programme, unless mentioned specifically elsewhere. The contractorshall be the custodian of all the materials issued till the plant/ equipment is officiallytaken over by the owner/ BHEL after complete erection and successfulcommissioning & trial run.

    11.2 Transport of material to their respective places of erection (unless mentionedspecifically elsewhere) and erection of the complete plant & equipment as suppliedunder this specification.

    11.3 Trial run and commissioning of individual equipment/sub-systems to the satisfactionof owner/ BHEL.

    11.4 Deployment of all skilled and unskilled manpower required for erection supervision,watch & ward, for commissioning and other services to be rendered under this

  • 7/23/2019 Plnat Water-make Up p&Id

    6/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 5 OF 19

    specification.

    11.5 Deployment of all erection tools & tackle, construction machinery, transportationvehicles and all other implements in adequate number and size, appropriate for theerection work to be handled under scope of this specification except otherwisespecified.

    11.6 Supply of all consumables, eg welding electrodes, cleaning agents, diesel oil,

    lubricant etc as well as materials required for temporary supports, scaffolding etc asnecessary for such erection work, unless specified other wise.

    11.7 Providing support services for the contractor's erection staff eg construction of siteoffices, temporary stores, residential accommodation and transport to work site forerection personnel, watch and ward for security and safety of the materials under theContractor's custody etc. as required.

    11.8 Maintaining proper documentation of all site activities undertaken by the contractoras per the proforma mutually agreed with BHEL, submitting monthly progressreports as also any such document as and when desired by BHEL/ owner, takingapproval of all statutory authorities eg Factory Inspector, Provident Fund authorityetc. for respective portions of work under the jurisdiction of such statutes of laws.

    11.9 As part of overall project management activity, the contractor shall be responsible forproper co-ordination of erection activities during various phases of execution of thecontract. The contractor shall identify a person designated as construction manager,with whom BHEL shall interact on matters related to execution of the contract. Theconstruction manager shall be the single point contact person on behalf of thecontractor. BHEL shall interact with the construction manager only on all matters onco-ordination between BHEL and the contractor. For timely completion of work thecontractor may have to work in one or more shifts. He will not be eligible for anyextra charge on this account.

    11.10 The contractor shall confine all his field operations to those works which can bereformed without subjecting the equipment and materials to adverse effects, duringinclement weather conditions, like monsoon, storms etc and during otherunfavourable construction conditions. No field activities shall be performed by thecontractor under conditions which might adversely affect the quality and efficiencythereof, unless special precautions or measures are taken by the contractor inproper and satisfactory manner in the performance of such works and with theconcurrence of the engineer. Such unfavourable construction conditions in no wayrelieve the contractor of his responsibility to perform the works as per the schedule.

    11.11 The contractor shall supply all the skilled workmen like mill-wright fitters, welders,gas cutters, electricians, riggers, serangs, erectors, carpenters, pipe fitters, masons,laggers, tin-smiths, instrument machanics etc, in addition to other skilled, semi-skilled and unskilled workmen required for all works of handling and transportationfrom site store to erection site, erection, testing and commissioning contemplated

    under this specification. Only fully trained and competent men with previousexperience on the job shall be employed. They shall hold valid certificates wherevernecessary. BHEL reserve the right to decide on the suitability of the workers and theother personnel who will be employed by the contractor. BHEL reserves the right toinsist on removal of any employee of the contractor at any time, if they find himunsuitable and the contractor shall forthwith remove him.

    11.12 The supervisory staff employed by the contractor shall be technically qualified andexperienced in the area of work. They shall ensure proper out turn of work anddiscipline on the part of labour put on the job by the contractor and in general seethat the works are carried out in a safe and proper manner and in coordination withother labour and staff employed directly by BHEL or other contractors of BHEL andBHEL's client.

    11.13 The contractor shall also furnish daily labour report showing by classification thenumber of employees engaged in various categories of work a progress report ofwork as required by BHEL engineer.

    11.14 The work shall be executed under the usual conditions affecting major power plantconstruction and in conjunction with numerous other operations at site. Thecontractor and his personnel shall co-operate with other personnel, and othercontractors, co-ordinating his work with others and proceed in a manner that shall

  • 7/23/2019 Plnat Water-make Up p&Id

    7/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 6 OF 19

    not delay or hinder the progress of work as a whole.

    11.15 The contractor's supervisory staff shall execute the work in the most substantial andworkman like manner in the stipulated time. Accuracy of work and aesthetic finishare essential part of this contract. The contractor shall be responsible to ensure thatassembly and workmanship conform to the dimensions and tolerance given in thedrawing / instruction given by BHEL Engineer from time to time.

    11.16 It is the responsibility of the contractor to engage his workman in shifts or onovertime basis for achieving the target set by BHEL during erection, commissioningand testing period. Contractor's quoted rate shall include all these contingencies.

    11.17 Any other service, although not specifically called for but required for a contract ofthe size and nature indicated in the specification.

    12.0 PROTECTION

    12.1 Equipment having anti-friction or sleeve bearings shall be protected by weather tightenclosures. Coated surfaces shall be protected against impact, abrasion,discoloration and other damages. Surfaces which are damaged shall be repainted.

    12.2 Electrical equipments, controls and insulations shall be protected against moistureand water damages. All external gasket surfaces and flange faces, couplings,

    rotating equipment shafts, bearings and like items shall be thoroughly cleaned andcoated with rust preventive compound and protected with suitable wood, metal orother substantial type covering to ensure their full protection. All exposed threadedparts shall be greased and protected with metallic or other substantial typeprotectors.

    12.3 All piping, tubing and conduit connections on equipment and equipment openingsshall be closed with rough usage covers or plugs. Female threaded openings shallbe closed with rough usage covers or plugs or forged steel plugs. The closures shallbe taped to seal the interior of the equipment. Open ends of piping, tubing andconduit shall be sealed and taped.

    12.4 All other consumables including wire brush, emery papers, painting brush etc to besupplied by the contractor within the quoted rate.

    13.0 ERECTION SCHEDULE13.1 In order to achieve the overall completion schedule, the contractor shall provide

    BHEL all the information covering erection sequence, testing and commissioningactivities. These schedules may be based on the recommended erection proceduresand will be subject to discussions/ agreements with the owner/BHEL subsequent tothe award of contract.

    13.2 The successful bidder shall have to provide all the above schedules in a tabular formin addition to that in the form of network and these shall necessarily includeinformation not limited to the earliest and latest dates for various activitiessubmissions and also any related constraints.

    14.0 CONTRACT MANAGEMENT

    The contractor should also submit network programmes for erection andcommissioning of various items. These networks shall show the owner/ BHEL holdpoints (CHP/others) which have to be cleared by owner/ BHEL or their authorisedrepresentative(s) before further erection/ commissioning can take place. Theseprogrammes for the erection and commissioning would clearly identifyresponsibilities of the contractor and owner/ BHEL. Networks shall be submittedwithin 4 weeks of the date of finalisation of award of work/ placement of LOI.

    15.0 CONSTRUCTION MANAGEMENT

    15.1 Based on the PERT network programme, within 1 (one) month of the award ofcontract, the contractor shall submit a programme of construction/ erection/commissioning, for the implementation. These programmes would be amplifiedshowing start of erection and subsequent activities and shall form the basis for site

    execution and detailed monitoring. The three monthly rolling programme with thefirst month's programme being tentative based on the site conditions would beprepared based on these programmes. The contractor shall also be involved alongwith owner/ BHEL to tie up detailed resource mobilisation plan over the period oftime of the contract matching with the performance targets.

    15.2 The programme would be jointly finalised by the site in-charge of the contractor withBHEL/ owner's project coordinator as well as the site planning representative. The

  • 7/23/2019 Plnat Water-make Up p&Id

    8/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 7 OF 19

    erection programme will also identify the sequential erectable tonnages.

    16.0 PROJECT PROGRESS REVIEW MEETINGS

    16.1 Periodic progress reviews on the entire activities of execution in respect of supply &works in scope of bidder will be held once in a month at Calcutta/site. Thesemeetings will be attended by reasonably higher officials of the Contractor and will beused as a forum for discussing all areas where progress needs to be speeded up.

    Actions will be placed on the concerned agencies and decisions will be taken toexpedite/speed up the progress. Minutes of such meetings will be issued reflectingthe major discussions and decisions taken and circulated to all concerned forreference and action. The contractor shall be further responsible for ensuring thatsuitable steps are taken to meet various targets decided upon such meetings.

    16.2 The bidder shall make weekly plan jointly with BHEL site engineer and submit actualprogress at the time of making next weekly plan. BHEL will not be able to provideinspection/ supervision, if the activity does not appear in the weekly plan.

    16.3 In addition to the above and to streamline the construction and erection at site, asuitable frequency and forum of periodic meetings between the contractor andowner/ BHEL will be decided upon as part of erection coordination procedure.

    17.0 SITE ORGANISATION17.1 The contractor shall maintain a site organisation of adequate strength in respect ofmanpower, construction machinery and other implements at all times for smoothexecution of the contract. The organisation chart for site should indicate the variouslevels of experts to be posted for supervision in the various fields in erection,commissioning etc as applicable. For proper supervision of the work, the vendorshall ensure providing one qualified supervisor against deployment of 15 workmen.This organisation shall be reinforced from time to time, as required to make up forslippage from the schedule without any commercial implication to BHEL. The siteorganisation shall be headed by a competent construction manager having sufficientauthority to take decisions at site.

    17.2 The following four areas must be headed by mechanical engineers//supervisors.

    17.2.1 Welding, radiography & hyd test - one no.17.2.2 Mechanical erection - one no.

    17.2.3 Material management, site enabling - one no.

    17.2.4 Quality inspection engineer (Must have Level 2 certification in UT, RT & DPT) - oneno.

    17.3 On award of contract, the contractor shall submit to BHEL, their site organisationchart indicating the various levels of experts to be deployed on the job. BHELreserves the right to reject or approve the list of personnel proposed by theContractor. The persons, whose bio-data have been approved by BHEL, will have tobe posted at site and deviations in this regard will not generally be permitted.

    17.4 The contractor should also submit to BHEL for approval a list of constructionequipment, erection tools, tackle etc. prior to commencement of site activities. Thesetools & tackles shall not be removed from site without written permission of BHEL.

    18.0 GENERAL GUIDELINES FOR FIELD ACTIVITIES

    18.1 The contractor shall execute the works in a professional manner so as to achievethe target schedule without any sacrifice on quality and maintaining higheststandards of safety and cleanliness.

    18.2 The contractor shall co-operate with owner/ BHEL and other contractors working insite and arrange to perform his work in a manner so as to minimise interference withother contractors works. BHEL's engineer shall be notified promptly of any defect inother contractors works that could affect the contractors work. If rescheduling ofcontractors work is requested by the owner's/ BHEL's engineer in the interest ofoverall site activities, the same shall be compiled with by the contractor. In all cases

    of controversy, the decision of BHEL shall be final and binding on the contractorwithout any commercial implication.

    18.3 The engineer shall hold weekly meeting of all the contractors working at site at atime and a place to be designated by the engineer. The contractor shall attend suchmeetings and take notes of discussions during the meeting and the decisions of theengineer and shall strictly adhere to those decisions in performing this work. Inaddition to the above weekly meeting, engineer may call for other meetings either

  • 7/23/2019 Plnat Water-make Up p&Id

    9/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 8 OF 19

    with individual contractors or with selected number of contractors and in such a casethe contractor, if called will also attend such meetings.

    18.4 Time is the essence of the contract and the contractor shall be responsible forperformance of his work in accordance with the specified construction schedule. If atany time the contractor is falling behind the schedule, he shall take necessaryaction to make good of such delays by increasing his work to comply with the

    schedule and shall communicate such action in writing to the engineer, satisfyingthat his action will compensate for the delay. The contractor shall not be allowed anyextra compensation for such action.

    18.5 The engineer shall however not be responsible for provision of additional labour andor materials or supply of any other services to the contractor except for the co-ordination work between various contractors as set out earlier.

    18.6 The works under execution shall be open to inspection & supervision by BHEL's /Owner's engineer at all times. The contractor shall give reasonable notice to BHELbefore covering up or otherwise placing beyond the reach of inspection any work, inorder that same may be verified, if so desired by owner/ BHEL.

    18.7 Every effort shall be made to maintain the highest quality of workmanship by

    stringent supervision and inspection at every stage of execution. Manufacturer'sinstruction manual and guidelines on sequence of erection and precautions shall bestrictly followed. Should any error or ambiguity be discovered in such documents thesame shall be brought to the notice of BHEL's engineer. Manufacturer'sinterpretation in such cases shall be binding on the contractor.

    18.8 The contractor shall comply with all the rules and regulations of the local authorities,all statutory laws including Minimum Wages, Workmen Compensation etc. Allregistration and statutory inspection fees, if any, in respect of the work executed bythe contractor shall be to his account.

    18.9 All the works such as cleaning, checking, levelling, blue matching, aligning,assembling, temporary erection for alignment, opening, dismantling of certainequipment for checking and cleaning, surface preparation, edge preparation,

    fabrication of tubes and pipes as per general engineering practice at site, cutting,grinding, straightening, chamfering, filling, chipping, drilling, reaming, scrapping,shaping, fitting-up, bolting/ welding, etc as may be applicable in such erection andnecessary to complete the work satisfactorily, are to be treated as incidental and thesame shall be carried out by the contractor as part of the work.

    18.10 It is the responsibility of the contractor to do the alignment etc if necessary,repeatedly to satisfy engineer, with all the necessary tools & tackles, manpower etc.The alignment will be complete only when jointly certified so, by the contractor'sengineer and BHEL. Also the contractor should ensure that the alignment is notdisturbed afterwards.

    18.11 Equipment and material, in case wrongly installed, shall be removed and reinstalledto comply with the design requirement at the contractor expense, to the satisfaction

    of BHEL/ owner.18.12 After identification of erection materials by BHEL at BHEL's store/ storage yard, it

    shall be the responsibility of the contractor to take delivery of materials from BHEL'sstore/ storage yard by contractor's own manpower and re-stack the leftovermaterials as per erection sequence at BHEL store at their own cost. The entireactivities are to be carried out under supervision of BHEL's MM engineer.

    19.0 CERTIFICATE TOWARDS COMPLETION

    The work under the scope of the contractor will be deemed to be completed in allrespects only when so certified by BHEL. The decision of BHEL shall be final andbinding on the contractor.

    20.0 PROJECT MANAGEMENT

    The successful bidder will have to establish computerised project managementsystem and the following are the essence of the system.

    20.1 The successful bidder will have to establish computerised system to integrate withBHELs existing system and requirement for Material management system andSOMS software system.

    20.2 Still colour photography (matt paper, post card size, max 10 nos per month ofcontract execution period) depicting progress of work, damage to the machine parts

  • 7/23/2019 Plnat Water-make Up p&Id

    10/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 9 OF 19

    (if any) as directed by BHEL engineer is to be arranged by the successful bidder.

    20.3 The successful bidder has to arrange for printing & binding of the protocol and/ orreport and/ or data, pertaining to the scope of the bidder. Contents, layout, design,quality of paper/ cover, no of copies etc of such printing and/ or binding will bedecided by BHEL.

    20.4 The successful bidder shall have to provide BHEL with all erection/ work schedule

    and or progress report, protocol, test report in floppies (compatible to BHELsoftware) and also in requisite no of hard copies. A copy of progress report needs tobe sent to BHEL Project Manager/ Kolkata latest by 7 th of every month forincorporation in the overall project progress report.

    21.0 GENERAL

    21.1 It is imperative on the part of the contractor to join and effectively contribute in jointmeasures such as tree plantation, environment protection, contributing towardssocial upliftment, conversion of packing woods to school furniture, keeping goodrelation with local populace etc.

    21.2 The contractor shall maintain proper store account for all the BHEL issued materials/items/ equipment and shall give three copies of monthly statement of such account

    to the BHEL.21.3 The contractor shall solely be responsible for the safety, quality and quantity ofmaterials/ items/ equipment after it is issued by the BHEL.

    21.4 BHEL issued materials/ items/ equipment shall not under any circumstanceswhatsoever, shall be taken out of project site unless otherwise permitted by BHEL.

    21.5 The contractor shall satisfy himself of the quality and quantity of the materials/ items/equipment at the time of taking delivery from BHEL/ customer stores. No claimwhatsoever will be entertained by BHEL on account of quality or quantity after thesame are taken by the contractor from BHEL/ customer.

    21.6 Surplus and unused materials/ items/ equipment shall be returned separately at aplace directed by BHEL engineer within the project area. Return of such materials/items/ equipment will not be entitled to any erection/ transportation and incidental

    charges.21.7 The contractor shall submit a reconciliation statement of materials/ items/ equipment

    drawn by him from BHEL/ customer stores periodically as per instruction of BHEL.The closing balance shall be verified at the time of reconciliation.

    22.0 COMMUNICATION

    P&T line, Fax, Telex etc, as required by the contractor, is to be installed by thecontractor at his own cost after obtaining necessary approval from purchaser/ BHEL.

    23.0 IMTE

    The contractor shall ensure deployment of reliable & calibrated instrument,measuring & test equipments (IMTE). The IMTE shall have test/ calibrationcertificate from authorised/ Govt approved agencies. The contractor shall also keepprovision of alternate arrangement for such IMTE so that the work does not sufferwhen a particular IMTE is sent for calibration. Re-testing/ re-calibration shall also bearranged by the contractor at their own cost at regular interval during the period ofuse as advised by BHEL.

    24.0 TEST CERTIFICATE FOR T&P

    All T&Ps, lifting tackles, pulling devices, wire rope and slings to be deployed by thecontractor must bear valid/latest test certificates for their suitability, and thedocuments shall be preserved at site.

    25.0 Deleted.

    26.0 INSURANCE

    26.1 BHEL shall arrange comprehensive MCE (marine cum erection) Insurance Policy fortotal project supply & services including balance of plant package covering transit

    risks & loss, destruction or damage during handling at site, storage, civil works,erection, testing and commissioning up to trial operation completion of each unitincluding theft, sabotage, fire, lightning and other natural calamities.

    26.2 Bidder shall timely intimate despatches to the underwriter. The name of theunderwriter and Policy No shall be intimated in due course of time.

    26.3 Bidder shall report to BHEL in writing any damages to equipments/ components onreceipt, storing, and during withdrawal of the materials from stores, in transit to site

  • 7/23/2019 Plnat Water-make Up p&Id

    11/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 10 OF 19

    and unloading at place of work and during erection and commissioning till trialoperation completion including handing over. The above report shall be asprescribed by BHEL site management. Any consequential loss arising out of non-compliance of this stipulation will be borne by bidder.

    26.4 The bidder will take necessary precautions/ due care to protect the material atProject site, while in his custody from any damage/ loss till the same is handed over

    to BHEL/ customer at Project site. For lodging/ processing of insurance claim thebidder will submit necessary documents. BHEL will reserve the right to recover theloss from the bidder as detailed below in case the damage/loss is due to negligence/carelessness on the part of the bidder. In case of theft of material under bidder'scustody, the same shall be reported to police by the bidder immediately and copy ofFIR and subsequently police investigation report shall be submitted to BHEL/customer for taking up with insurance. However this will not relieve the bidder of hiscontractual obligation for the materials in his custody.

    26.5 In case the damage/loss/theft of materials are attributable to negligence/failure indischarging the duties and obligations of the bidder, the expenses incurred forrepair/replacement of such components in excess of the amount realized from theunderwriters, limited to Normal Excess (Deductible Franchise) shall be recoveredfrom the bidder.

    26.6 In case the claim is summarily rejected by the underwriters due to WILFULNEGLIGENCE of the bidder, the entire cost of repair/ replacement will be recoveredfrom the bidder.

    26.7 It will be responsibility of the bidder to replenish the items lost/ damaged in timewithout hampering the schedule of work and without waiting for settlement ofinsurance claim. Amount received from the underwriters on settlement of insuranceclaim shall be passed on to the bidder as and when available.

    26.8 Other conditions of Insurance shall be as per relevant clause of GCC.

    27.0 FACILITIES TO BE PROVIDED BY BHEL/ CUSTOMER

    27.1 FIELD/ SITE OFFICE

    27.1.1 The contractor shall make his own arrangements for field office and stores foraccommodating necessary equipments, tools room for execution of the work. Onlyopen space will be provided by BHEL / customer, free of charges within the projectpremises as per the availability of space.In addition to his site office, the contractor shall arrange a temporary store near thesite of erection for temporary storage of small materials like fasteners, gaskets, valveand fittings and other instruments. The necessary structural steel, sheeting, racksetc. for this work shall be arranged by the contractor at his cost.

    27.1.2 On completion of work, all the temporary buildings, structures, pipelines, cables etc.shall be dismantled and leveled and debris shall be removed as per instruction ofBHEL by the contractor at his cost. If contractor is failed to do so, BHEL will get thejob done through other agency and the cost will be recovered from the contractor.

    The decision of BHEL Engineer in this regard shall be final. However, the scope ofdismantling and leveling the area is limited only to the contractors site office, yardand other spaces occupied by the contractor.

    27.2 LAND

    27.2.1 The contractor has to plan and use the existing land inside the Project Premiseconsidering the use of land by other Civil /mechanical/ electrical contractors and thestorage of plant machineries and materials. The existing land shall be shared by allerections agencies. Land will be allocated with certain time frame and to the extentavailable/ considered necessary, and will be reviewed by BHEL depending upon thearea availability

    27.2.2 Land for labour colony near Project Premise may be available free of cost fromowner , the contractor shall construct labour colony/ hutment as per his requirementsafter obtaining approval of formalities from statutory body.

    27.2.3 The contractor will be responsible for handing back all lands, as handed over to himby BHEL/RRVUNL.

    27.2.4 Land within plant premises for fabrication, batching plant, office, storage area etc. forconstruction purpose shall be provided as per availability free of cost.

  • 7/23/2019 Plnat Water-make Up p&Id

    12/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 11 OF 19

    27.2.5 The contractor shall make his own arrangements for Site /field office and stores foraccommodating necessary equipments, tools room for execution of the work. Onlyopen space will be provided by BHEL / customer, free of charges within the projectpremises as per the availability of space.

    27.2.6 On completion of work, all the temporary buildings, structures, pipelines, cables, etc.shall be dismantled and leveled and debris shall be removed as per instruction of

    BHEL by the contractor at his cost. In the event of his failure to do so , the same willbe arranged to be removed and expenditure thereof will be recovered from thecontractor. The decision of BHEL engineer in this regard shall be final. However, thescope of dismantling and leveling the area is limited only to the contractors siteoffice, yard and other spaces occupied by the contractor.

    27.3 WATER

    27.3.1 BHEL will provide construction as well as drinking water at one point, within 500 mfrom given work premises for works within the plant boundary, free of cost to thecontractor.

    27.3.2 Further necessary network for construction & drinking water system shall be done bythe bidder at his own cost.

    27.3.3 Contractor should arrange on their own, drinking water in their labour colony .27.3.4 For works outside the plant boundary, bidder has to arrange water on their own cost.

    27.3.5 However, if available from Inside plant boundary area, construction/drinking watermay be provided by BHEL to the vendor, if desired by vendor. Vendor has to makenecessary arrangement of distribution from this point to his work area out side plantboundary at his own cost.

    27.3.6 BHEL shall not be responsible for any inconvenience or delay caused due to anyinterruption of water supply and the contractor shall claim no compensation for delayin work for such interruption. Contractor may make standby arrangement for waterfor which no separate payment shall be made by BHEL.

    27.3.7 Contractor will have to arrange for storage of water to meet the day-to-dayrequirement.

    27.3.8 The availability of water (construction as well as drinking) in Suratgarh project maybe limited. Contractor shall ensure that no water is wasted. In this regard thecontractor shall take all necessary measure towards preservation of water.

    27.4 ELECTRICITY

    27.4.1 CONSTRUCTION POWER & GENERAL ILLUMINATION NETWORK (for works within

    Plant boundary) :-

    27.4.1.1 BHEL Shall Provide Construction Power free of charge at 415V level at desired point(within 500 M from his workplace) within Plant boundary.

    General illumination system shall be provided by BHEL for wotks within Plantboundary. However, provision of suitable temporary lights at different working areasfor execution of the work & safety of workmen shall be provided by the vendor for hisspecific individual working area, within the quoted rate. The illumination should besuch that minimum illumination requirement as specified by Indian standards forgeneral illumination is maintainedGENERAL:-If any other voltage level (other than normally available) is required, the same shallbe arranged by the contractor from power supply as above. Contractor will have toprovide at his own cost necessary calibrated energy meters (tamper proof, suitablyhoused in a weather proof box with lock & key arrangement) at point of power supplyalong with calibration certificate from authorized / accredited agency for working outthe power consumption. In case of recalibration required for any reason the

    necessary charges including replacement by calibrated meters is to be borne by thecontractor. Supply of electricity shall be governed by Indian Electricity Act andInstallation Rules and other Rules and Regulation as applicable. The contractor shallensure usage of electricity in an efficient manner and the same may be audited byBHEL time to time. In case of any major deviation from normally accepted norms isobserved, BHEL will reserve the right to impose penalty as deemed fit for suchcases..

  • 7/23/2019 Plnat Water-make Up p&Id

    13/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 12 OF 19

    27.4.1.2 The bidder shall have to provide earth leakage circuit breaker at each pointwherever human operated electrical drives/ T&Ps are deployed.

    27.4.1.3 The power supply will be from the available grid. BHEL shall not be responsible forany inconvenience or delay caused due to any interruption of power supply/ variationin voltage level and no compensation for delay in work can be claimed by thecontractor due to such non-supply on the grounds of idle labour, machinery or any

    other grounds.27.4.1.4 Bidder will have to arrange sufficient illumination at their own work areas.

    27.4.1.5 The contractor should ensure that the work in critical areas is not held up in theevent of power breakdown. In the event of breakdown in the electric supply, if theprogress of work is hampered, it will be the responsibility of the contractor to step upthe progress of work after restoration of electric supply so that overall progress ofwork is not affected.

    27.4.1.6 The contractor shall have to make arrangement at their own cost for illumination thatwill be required in the individual working area for execution of the work & safety ofworkmen.

    27.4.1.7 The contractor shall have to make arrangement at their own cost for illumination etc

    in labor colony. However there may be provision of Chargeable Power, subject toavailability of source from customer near labor colony for which contractor has toinstall meters and necessary accessories. The same, if available from customer willbe charged on back to back basis as levied by the customer as per applicablestandard rate during execution.

    27.4.2 CONSTRUCTION POWER & GENERAL ILLUMINATION NETWORK (for worksoutside Plant boundary) :-

    27.4.2.1 For River /Canal water works outside the Plant boundary, vendor has to arrangeboth Construction Power (adequate number of required capacity of DG sets) andIllumination at his own cost within his quoted rate.

    27.4.2.2 However, if available from Inside plant boundary area, the same may be provided byBHEL to the vendor, if desired by vendor. Vendor has to make necessary

    arrangement of distribution from this point to his work area outside plant boundary athis own cost.

    28.0 AREA REQUIREMENT /OTHER FACILITIES TO BE PROVIDED BYCONTRACTOR

    28.1 Contractor shall be responsible for providing all necessary facilities like residentialaccommodation, transport, electricity, water, medical facilities etc. as required undervarious labour laws and statutory rules and regulations framed there under to thepersonnel employed by him.

    28.2 Contractor shall arrange at his own cost the construction of his temporary office,stores etc, and also the watch and ward of all above.The contractor shall furnish the estimated area required for the construction of hisoffice, stores, etc separately. The same will be reviewed by BHEL and allotted to the

    extent available/ considered necessary, depending upon the area availability.28.3 Round the clock experienced paramedical personnel with first aid facility & one

    ambulance including driver, fuel etc., and shall be available at site, being provided byother agency.The above facilities will be shared by various BHEL contractors working at site onchargeable basis to the providing agency (actual cost distributed among the variousvendors present at site availing the facility on a prorate basis). The subject facility willbe strengthened as per the requirement during peak work progress at site, by othervendor. Individual vendor may co-ordinate with the providing agency in this regard.

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

    28.4 On completion of work or as and when required by BHEL, all the temporarybuildings, structures, pipe lines, cables etc. shall be dismantled and leveled anddebris shall be removed as per instruction of BHEL Engineer. In case of his failure todo so, same will be got done by the Engineer and expenses incurred shall berecovered from the contractor along with prevailing overhead. The decision of BHELEngineer in this regard shall be final and binding on the contractor.

    28.5 The contractor shall be responsible for handing back all lands, as given to him for his

  • 7/23/2019 Plnat Water-make Up p&Id

    14/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 13 OF 19

    temporary use, to BHEL, as per the instruction of BHEL Engineer.

    28.6 RESPONSIBILITIES WITH REGARD TO LABOUR EMPLOYMENT ETC.28.6.1 The contractor has to follow relevant clauses of General Conditions of Contract in

    this regard

    28.6.2 Contractor shall also comply with the requirements of local authorities/ project

    authorities calling for police verification of antecedents of the workmen, staff etc.Exclusive planning engineer/supervisor ,QA and Safety Engineer/officer are to bearranged by the contractor within the quoted rate.

    28.6.3 BHEL / customer may insist for witnessing the regular payment to the labour. Theymay also like to verify the relevant records for compliance with statutoryrequirements. Contractor shall enable such facilities to BHEL / customer.

    28.6.4 It is the responsibility of the contractor to arrange gate pass for all his employees,T&P etc for entering the project premises. Necessary coordination with customerofficials is the responsibility of the contractor. Contractor to follow all the procedureslaid down by the customer for making gate passes. Where permitted, by customer /BHEL, to work beyond normal working hours, the contractor shall arrange necessary

    work permits for working beyond normal working hours.Arranging all erection/commissioning fixtures including required materials andfabrications etc. are included in the contractors scope of work.

    28.6.5 Contractor shall provide at different elevation suitable arrangement for urinal anddrinking water facility with necessary plumbing & disposal, regular cleaning,upkeepment arrangements including construction of septic tank. These installationsshall be maintained in hygienic condition at all times. Contractors quoted rate shouldbe inclusive of this aspect.

    28.6.6 If at any time during the execution of work, it is noticed that the work is suffering onaccount of non-availability/shortfall in provision of resources from the contractorsside BHEL will make suitable alternate arrangements at the risk and cost of

    contractor in case of slippage from the vendors end. The expenditure incurred withoverheads thereby shall be recovered from the contractor.

    29.0 CONSTRUCTION OF TEMPORARY OFFICE ETC

    The contractor shall arrange at his own cost the construction of his temporary office,stores, etc and also the watch & ward of all above. On completion of the awardedjob, the vendor shall demolish his office and clear the land of debris for handing overthe area in as issued condition.

    30.0 TOOLS AND PLANTS

    30.1 The contractor is required to provide all necessary tools & plants, measuring(calibrated) instruments and handling equipment for timely completion of the totalworks as per contract. The quoted rate shall be inclusive of such requirements.

    30.2 In the event of any failure of the part of the contractor, BHEL may at his discretion

    also terminate the contract on this ground and take out any or whole amount of thecontract from the scope of the contractor. Decision of BHEL in this regard will befinal and binding on the contractor.

    30.3 The T&Ps to be arranged by the contractor shall be in proper working condition.

    30.4 The list of T&Ps indicated in relevant annexure are minimum expected to beprovided by the contractor. In case, due to approach constraint it is found that craneof capacity higher than those specified in Annexure-I, is required for carrying out thework, the same has also to be arranged by the contractor within his quoted rate.

    30.5 All other tools and plants required for the work including cranes, electric/ hand/pneumatic winches, tractor-trailors, trucks, welding generators/ transformers, jacks,slings, pulley blocks, TIG/ ARC welding equipment, electrode drying ovens,hydraulic pipe bending machines etc and small tools and plants like chiesels,scrappers, spanners, files, screw drivers, electrical tools kits etc required for timelycompletion of work shall be arranged by the contractor at his own cost. Thecontractor shall give a list of such equipment to be deployed by them giving detailslike nos. available with them, nos. to be deployed, capacity etc of each item and thesame shall be binding on the contractor during the execution of contract. It mayspecifically be noted that all T&P's required for smooth and timely completion of

  • 7/23/2019 Plnat Water-make Up p&Id

    15/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 14 OF 19

    work shall be arranged by the contractor at his own cost and BHEL projectmanager's decision regarding the requirement of a particular item shall be bindingon the contractor. The equipment once deployed at site shall not be removed fromsite without the written consent of BHEL, Construction Manager. In case contractorcannot mobilise sufficient T&P and major tools for timely completion of the project,BHEL will have the right to procure the same from outside and cost of the same

    along with overhead expenses will be deducted from the contractors bill.30.6 Sufficient quantities of guy ropes shall be arranged by the contractor for erection/

    alignment of columns.

    30.7 All tools & plants deployed by the contractor shall be as per the specificationapproved by BHEL engineers.

    30.8 All the T&P, lifting tackles including wire ropes, slings, shackles and electricallyoperated equipment shall be approved by BHEL engineer before they are actuallyput on use.

    30.9 The list of major T&P required to be deployed is indicated in Annexure-I. The list isminimum and not exhaustive but anything required over and above these to suit thesite condition/ rate of progress/ nature of work shall be arranged by contractor at his

    own cost.30.10 The contractor is required to provide all necessary T&P (other than those specifiedto be provided by BHEL, if any) measuring (calibrated) instruments & handlingequipments to maintain work progress for timely completion of total work as percontract. In case of project requirement, some activities may have to pre-pone. Insuch cases the contractor have to deploy additional T&P. Quoted rate shall beinclusive of such emerging requirements. However, contractor shall submitdeployment plan of all T&P along with tender bid.

    30.11 Actual Mobilisation schedule, based on front availability, drawaings and materialavailability at site is to reviewed and mutually agreed with BHEL site periodically fromtime to time & form a joint MOM for moblisiation of major T&Ps, and the same haveto be adhered to and no change will be permitted without written approval of BHEL

    site.Further requirement will be reviewed time to time at site and contractor will provideadditional T&P/ equipments to ensure completion of entire work within scheduletime without any financial implication to BHEL. All other T&Ps shall be provided bythe contractor without any extra cost to BHEL. Vendor will give advance intimation &certification regarding capacity etc prior to dispatch of heavy equipments.

    30.12 In the event of non mobilsation of any T&P by the successful bidder and as a resultprogress of work sufferred, BHEL reserves the right to deduct suitable amount fromthe dues of the bidder, with assigning reasons thereof.

    30.13 After completion of major quantum of work, vendor may be permitted to take out anyof his T&P progressively, if deemed fit by BHEL Site as per balance work program.

    The same will be jointly agreed and recorded. BHEL decision in this regard will befinal and binding on the vendor.

    30.14 For the movement of crane, etc, it may become necessary to lay sleeper bed or anyother material for obtaining levelled safe approach, for usage of equipment. It shallbe contractor's responsibility to arrange and lay the necessary materials for this.Steel plates, if required, shall be supplied by BHEL, free of cost on returnable basis.

    30.15 All the T&P arranged by contractor including electrical connections wherein requiredshall be reliable/ proven/tested with necessary test certificate.

    31.0 TOOLS AND PLANTS TO BE PROVIDED BY BHEL (SHARED MACHINERY)

    31.1 No T&P/Crane will be provided by BHEL for the scope of work under this contract.

    31.2 Depending upon the availability, BHEL/BHELs Customer handling equipment and

    other plants may be made available to the contractor on payment of higher chargesas fixed, subject to the conditions laid down by BHEL/Customer from time to time.Unless paid in advance, such hire charges, if applicable shall be recovered fromcontractors bill /security deposit or any other payment in one installment.

    32.0 CONSUMABLE

    32.1 All consumables, like gas, electrodes, tig filler wire, chemicals/ Lubricants ofcontractors T&Ps etc required for the job shall be arranged by the contractor at his

  • 7/23/2019 Plnat Water-make Up p&Id

    16/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 15 OF 19

    cost.

    32.2 All consumables to be used for the job shall have to be approved by BHEL prior touse.

    32.3 In the event of failure of contractor to bring necessary and sufficient consumables,BHEL shall arrange for the same at the risk and cost of the contractor. The entirecost towards this alongwith standard BHEL overhead shall be deducted from the

    contractor's immediate due bills.32.4 All electrodes required for MS, carbon steel, stainless steel, alloy and other metals

    shall be supplied by the contractor after due approval of BHEL and as per designrequirement within this quoted rate. It shall be the responsibility of the contractor toobtain prior approval of BHEL, before procurement regarding suppliers, type ofelectrodes etc. On receipt of the electrodes at site, it shall be subject to inspectionand approval by BHEL. The contractor shall inform BHEL regarding type ofelectrodes, batch number and date of expiry etc. Test certificates for electrodes andother consumables should be submitted to BHEL engineer as per requirement.

    32.5 Storage of electrodes shall be done in a air-conditioned / controlled humidityatmosphere as per requirement, at his own cost by the contractor.

    32.6 In case of improper arrangement for procurement of above electrodes, BHELreserves the right to procure the same from any source and recover the cost fromthe contractor's first subsequent bill at market value plus the departmental chargesof BHEL communicated from time to time. Postponement of such recovery is notpermitted.

    32.7 BHEL reserve the right to reject the use of any electrodes at any stage, if founddefective because of bad quality/ improper storage/ quality date expiry/ unapprovedtype of electrodes etc. It shall be the responsibility of the contractor to replace at hiscost without loss of time.

    32.8 Contractor shall submit weekly/ fortnightly/ monthly statement/ report regardingconsumption and available stock of all types of electrodes for avoiding stoppage ofwork on consumable scarcity.

    32.9 All the required gases like oxygen, acetylene, argon, nitrogen etc. required for workshall be supplied by the contractor at his cost. It shall be the responsibility of thecontractor to plan the activities and store sufficient quantity of these gases. Thecontractor shall submit weekly/ fortnightly/ monthly statement report regardingconsumption and stock position of the above gases. Safe keeping of inflammablecylinders, distribution using gas manifolds shall be contractors responsibility. BHELreserve the right to reject the use of any gas in case required purity is notmaintained.

    32.10 Sufficient quantity of test plates and pipes as considered adequate for testingcontractor's welders will be supplied by BHEL. All other expenses in conducting thetests shall be borne by the contractor.

    32.11 All temporary piping material necessary for conducting hydraulic test will be provided

    by BHEL. However servicing, erection & dismantling of the same and depositing atBHEL stores is the responsibility of the contractor without extra charges. Pressuringpump required for conducting hydrauilic test need to be arranged by vendor with inhis quoted rate.

    33.0 COMPLETION PERIOD

    33.1 Entire work of erection, testing, commissioning etc shall be completed within aperiod of 18 months (Eighteen months) from the date of start of work.

    33.2 The contractor should arrange to mobilise and start the erection work within 15 daysfrom the date of LOI unless otherwise intimated by BHEL.

    33.3 The erection, testing, commissioning etc will be deemed to be completed in allrespects, only when the trial runs of individual system is over and both the units are

    handed over to customer after successful trial operation with MCR. The decision ofBHEL in this respect shall be final and binding on the contractor.

    34.0 CONSTRUCTION SCHEDULE

    34.1 PROJECT MILESTONES OF UNIT # 7

    Slno

    Milestone Schedule

    1.0 Boiler Hydro Test Aug15

  • 7/23/2019 Plnat Water-make Up p&Id

    17/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 16 OF 19

    2.0 Boiler light up. Feb16

    3.0 Turbine barring gear. May 16

    4.0 Synchronization. Jun 16

    34.2 Unit # 8 milestones will have a phase lag of three months with that of unit # 7.

    34.3 The contractor shall plan his piping /other system readiness accordingly to meet this

    above milestone schedule, in co-ordination with BHEL Site.34.4 A bar chart showing various activities and various piping system is to be submitted

    by the contractor within one month from date of LOI to Construction Manager, BHEL,RRVUNL Suratgarh for approval.

    35.0 TAXES, DUTIES ETC

    35.1 TDS under Income Tax, V.A.T etc, if any, shall be deducted at prevailing rates onGross Invoice Value from the Running Bills unless Exemption Certificate fromthe Appropriate Authority/ Authorities is furnished

    35.2 All taxes (except Service Tax including Educational Cess), WCT under VAT Act,duties, charges etc ( if any ) for execution of the contract shall be borne by the

    contractor and shall not be payable extra. Any increase of the same at any stageduring execution of the contract shall have to be borne by the contractor. Quotedprice of the bidder shall be inclusive of all such requirements.

    35.3 Service Tax along with Educational Cess to Service Tax as legally leviable &payable by the Contractor, vide Sec-65B (44),. shall be paid by BHEL on productionof G.A.R-7 Challan , on contractors gross bill.

    Vide Section 68 (1) of Finance Act , 1994 read with Rule 6 ( 1) of Service Tax Rules, 1994 , payment of Service Tax at the rate specified in Section 66B in Section 68 we f 01.07.2012 vide Order No. 1/2012 dated 15.06.2012 is reimbursable by BHEL .The contractor shall furnish proof of Service Tax registration with Central ExciseDivision covering the services under this contract. Registration should also bearendorsement for the premises from where the billing shall be done by the contractoron BHEL for this project.

    The Bidder shall issue invoice complying with Rule 4A of the Service Tax Rules1994. The invoice shall indicate the name, address and the registration number(PAN Based STC No.) of the Bidder; the name and address and the registrationnumber AAACB4146PST005 of BHEL.; the description and value of taxable serviceprovided; and the service tax payable thereon by the Bidder

    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

    Point of Taxation Rule,2012 has come into operation from 01-04-2012. Asper the rule Invoice must be generated within 30 days from the date ofcompletion of service. In such case, the date of invoice will be the relevantdate. However, if the invoice is not generated within 30 days as statedabove, the date of completion of service shall be the relevant date.

    Vendors must take adequate care and cautions w.r.t Point of TaxationRule,2012 as otherwise both the Vendors ( for non-compliance ) and BHEL( unable to take Credit on Input Services, resulting in extra fund flow in thatparticular month ) will suffer

    With introduction of Cenvat Credit Rules , 2004 which came into force wef 10-0Excise Duty paid on input goods including capital goods used for providing the oservice and Service Tax paid on Input Service can be taken credit of against the sertax payable on output service. As such, while offering the rates, the contractor mayin to account the benefit of above provisions as the cost of input to contractor will bof Excise Duty and service Tax and adjust their offer price accordingly to make it

  • 7/23/2019 Plnat Water-make Up p&Id

    18/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 17 OF 19

    competitive.

    35.4 New tax & duties, if imposed subsequent to due date of offer submission, bystatutory authority during contract period (including extension, if the same is notattributable to the contractor), shall be reimbursed by BHEL on production ofrelevant supporting document to the satisfaction of BHEL.

    35.5 However, the vendor shall obtain prior approval from BHEL before depositing newtaxes and duties.

    35.6 Taxes and duties paid by sub vendors of contractor will not be reimbursed by BHEL.

    35.7 Way Bill : No way Bill will be provided by BHEL for bringing materials

    from outside State to RAJHASTHAN State.

    The Bidder has to make their own arrangement at their cost for completing theformalities, if required, with State VAT Act Authorities, for bringing their materials,plants & machinery at site for execution of the works under this contract, RoadPermit/ Way Bill, if required, shall be arranged by the contractor and BHEL willnot supply any Road Permit/ Way Bill for this purpose. The contractor must be a

    Registered Dealer with the Sate VAT Act, if not registered yet and a copy of thesaid Registration Certificate along with TIN number must be provided to siteRAO/ BHEL

    36.0 CONTRACT PRICE

    36.1 Bidder shall quote their rates strictly in accordance with prescribed Price Schedule,Volume-III, in separate sealed envelopes.

    36.2 The total price quoted in Price Schedule, Volume-III, shall be considered forevaluation & awarding.

    36.3 The quantities of various items mentioned in the BOQ cum price schedules of itemsof Volume-III are approximate, based on very preliminary information and may varyto any extent or to be deleted altogether. The quoted rates of each item will remainfirm 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 thiscontract including extra items, if any, but excluding any price variation remains, ifany, remains within (+/-) 15 % (plus/minus fifteen percent) of the awarded price.

    37.0 PAYMENT TERMS

    37.1 The tenderer shall quote separate rates as required therein for each of thecategories of work in the rate schedule.

    37.2 The bidder shall submit his running bill once in a month at the end of each monthbased on the rate schedule. The RA bill complete in all respects accompanied byBHEL engineers certified/ measurement sheet, jointly signed and EPF compliancecertificate from EPF authority, will be paid within 30 days of submission of the bill.The measurement will be taken as specified in terms and conditions of contract and

    certified by the BHEL engineer of actual work.37.3 Retention Amount shall be as per the relevant clause of GCC.37.4 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 caseof non-fulfilment of respective activity by vendor in each month, no payment shall bemade by BHEL against corresponding activity and no claim of bidder at a later date,whatsoever, in this regard shall be entertained by BHEL..

    37.4.1 0.7 % shall be paid on compliance of house keeping of vendors working area andstore/ office areas.

    37.4.2 0.3 % shall be paid on compliance of general illumination of vendors working areaand stores, office area.

    37.4.3 0.2 % shall be paid on compliance of applicable OHSAS requirement as perguidelines of BHEL/ PSER and as specified in the tender.

    37.4.4 0.3 % shall be paid on compliance of applicable Safety requirement as perguidelines of BHEL/ PSER and as specified in the tender.

    37.5 BHEL at its discretion, may further split up the above percentages and effectpayment to suit the site condition, cash flow requirements according to the progressof work.

  • 7/23/2019 Plnat Water-make Up p&Id

    19/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 18 OF 19

    38.0 INTEREST BEARING RECOVERABLE ADVANCE

    Not applicable for this tender.

    39.0 OVER RUN COMPENSATION

    As per relevant clause of GCC.

    40.0 RATE REVISION & PRICE VARIATION COMPENSATION (PVC)

    Not applicable for this tender.

    41.0 SECURITY DEPOSIT & PERFORMANCE BOND

    Security Deposit shall be applicable as per GCC. Performance Bond is notapplicable for the subject tender.

    42.0 EXTRA WORK FOR RECTIFICATION/ MODIFICATION

    42.1 As per relevant clause of GCC.

    43.0 LIQUIDATED DAMAGES

    43.1 If the contractor fails to maintain the required progress of work which results in delayin the completion of the following works as per the contractual completion periodindicated for individual areas indicated below, BHEL shall have the right to imposeLiquidated Damage/Penalty at the rate of 1.0% of the contract value, per week ofdelay or part thereof subject to a maximum of celing specified below. For this

    purpose, the period of delay shall be the delay attributable to the Contractor for thecompletion of work as per contract. Contract Value for this purpose, shall be the finalexecuted value exclusive of ORC, Extra Works executed, Supplementary/AdditionalItems and PVC.

    43.2 If Completion of Total Job goes beyond 18 months from start of work date,maximum LD amount 10 % of total contract value.

    43.3 All other terms & conditions shall be as per provision of Volume-IB.44.0 GUARANTEE

    44.1 Even though the work will be carried under supervision of BHEL engineers,contractor will be responsible for the quality of the workmanship and shall guaranteethe work done for a period of 12 months from the date of start of guarantee period,

    as certified by the engineer for good workmanship and shall rectify free of cost alldefects due to faulty erection. In case contractor fails to repair the defective workswithin the time specified by engineer, BHEL may proceed to undertake the repairs ofsuch defective works at contractor's risk & cost without prejudice to any other rightsand recover the same from SD/ other dues.

    44.2 The guarantee period will commence from the date of handing over of both the unitsto customer or six months after completion of full load operation of both the units,whichever is earlier, provided, all erection, testing and commissioning works arecompleted in all respect for both the units .

    44.3 All other provision shall be as per GCC.

    45.0 RECONCILIATION OF BHEL ISSUED MATERIALS

    45.1 The contractor shall submit a reconciliation statement of BHEL issued materials

    along with RA bill.45.2 At the time of submission of bills, the contractor shall properly account for the

    material issued to them as specified herein to the satisfaction of BHEL certifying thatthe balance material are available with contractors custody at site.

    45.3 The approved drawings/ bar bending schedules are to be considered for thepurpose of reconciliation of materials.

    46.0 OTHER TERMS

    46.1 While bidder's scope include deployment of all resources, like T&P, materials,consumables, manpower including supervision etc for proper completion of thesubject 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 mayassociate agencies for deployment of skilled/ unskileld manpower only for siteexecution. 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 begoverned by the pertinent provisions of GCC, Volume-IB.

  • 7/23/2019 Plnat Water-make Up p&Id

    20/58

    TENDER NO PSER:SCT:SRG-P1631:14

    VOLUME-IF-CML-REV-0 TECHNICAL CONDITIONS OF CONTRACT PAGE 19 OF 19

    ANNEXURE-I (LIST OF T&Ps TO BE PROVIDED BY CONTRACTOR)

    Bidder may note that following list is not exhaustive & given for guidance purpose. The bider mayhave to deploy additional T&Ps not covered in this list at their own cost for proper execution of job.

    SL NO ITEM QUANTITY

    1.0 18 T Hydra/25 T Crawler Crane or above capacity as required As per

    requirement2.0 HYDRA CRANE (12T/14T) AS REQUIRED

    3.0 TRACTOR-TRAILOR -DO-4.0 ELECTRICAL WINCH (2T) -DO-5.0 HYDRAULIC TEST PUMP (0-16 KG/SQCM) -DO-6.0 HAND WINCH -DO-7.0 WELDING GENERATOR, K-320 -DO-

    8.0 WELDING TRANSFORMER (300/ 450 AMP) - DO -

    9.0 WELDING RECTIFIER - DO -

    10.0 HYDRAULIC PIPE BENDING M/C - DO -

    11.0 CHAIN PULLEY BLOCK (5T, 3T, 2T) - DO -

    12.0 PULL LIFT (6T, 5T, 3T, 1.5T) - DO -13.0 HYDRAULIC JACK (20T, 10T, 5T) - DO -

    14.0 SINGLE SHEAVE SNATCH PULLEY (10T, 5T) - DO -

    15.0 D SHAKLES (20T, 10T, 5T) - DO -

    16.0 TURN BUCKLES (3T, 5T, 8T, 10T, 15T, 20T) - DO -

    17.0 TIG WELDING SET - DO -

    18.0 OXYGEN REGULATOR - DO -

    19.0 ACETYLENE REGULATOR - DO -

    20.0 CUTOGEN 5 - DO -

    21.0 OXYGEN HOSE (10 MM) - DO -

    22.0 ACETYLENE HOSE (10 MM) - DO -

    23.0 ELECTRODE DRYING OVEN - DO -24.0 PORTABLE ELECTRODE DRYING OVEN - DO -

    25.0 COPPER WELDING CABLE (600 AMP, 400 AMP) - DO -

    26.0 ALUMINIUM CABLE (600 AMP, 400 AMP) - DO -

    27.0 THERMAL-CHALK (100 DEG C TO 800 DEG C) - DO -

    28.0 ELECTRODE BAKING OVEN - DO -

    29.0 THEODOLITE (1 SEC ACCURACY) - DO -

    30.0 SPIRIT LEVEL (12 INCH, 0.1 MM ACCURACY) - DO -

    31.0 DIAL GAUGES - DO -

    32.0 FLOOD LIGHT WITH BULB - DO -

    33.0 DRILLING M/C OF DIFFERENT SIZES - DO -

    34.0 GRINDING M/C OF DIFFERENT SIZES - DO -35.0 TRIP TORQUE WRENCH - DO -

    36.0 ALUMINIUM TELESCOPIC LADDER - DO -

    37.0 MANILA ROPES OF DIFFERENT SIZES - DO -

    38.0 STEEL WIRE ROPES OF DIFFERENT SIZES - DO -

    39.0 DYE PENETRANT TEST KIT - DO -

    40.0 RT/ RECORDABLE UT ARRANGEMENT - DO -

    41.0 DEWATERING PUMPS (10 HP) -DO-42.0 DEWATERING PUMP (5 HP) - DO -43.0 DEWATERING PUMP (2 HP) - DO -44.0 DEWATERING PUMP (1 HP) - DO -

    45.0 AIR COMPRESSOR 1 NO46.0 DG SET (FOR WELDING IN AREAS IN CASE OF NONAVAILABILITY OF ELECTRCIAL POWER)

    As Required

    47.0 DG SET (FOR WELDING IN AREAS OUTSIDE PLANTBOUNDARY)

    As Required

  • 7/23/2019 Plnat Water-make Up p&Id

    21/58

    TENDER NO PSER:SCT:

    VOLUME-II SCOPE OF WORK, TECHNICAL SPECIFICATION PAGE 1 OF 9

    CONTENT

    CLAUSENO

    DESCRIPTION

    1.0 BROAD SCOPE OF WORK

    2.0 TECHNICAL SPECIFICATION FOR MAIN PLANT LP PIPING3.0 PRECAUTIONS AGAINST FLOATATION

    4.0 COATING & WRAPPING OF BURRIED PIPES

    5.0 WELDING, HEAT TREATMENT & RADIOGRAPHY FOR MAIN PLANT LP PIPING

    6.0 CLEANING /HYDRO TESTING /PNEUMATIC TESTING OF MAIN PLANT PIPINGSYSTEM

    7.0 EXCLUSION

    8.0 ANNEXURE-II - TENTATIVE WEIGHT SCHEDULE

    9.0 ANNEXURE-II.1 WEIGHT SCHEDULE OF VARIOUS Piping, valves,equipments of Fire Protection Sys. Pkg.

    10.0 Annexure-III : Bil l Of Material of various piping system (FOR TENDERPURPOSE)

    11.0 Annexure-IV :PIDs of various Piping systems (FOR TENDER PURPOSE)

    12.0 Qual ity Plan (FOR TENDER PURPOSE)

  • 7/23/2019 Plnat Water-make Up p&Id

    22/58

    TENDER NO PSER:SCT:

    VOLUME-II SCOPE OF WORK, TECHNICAL SPECIFICATION PAGE 2 OF 9

    The technical specification, scope etc in this volume shall be construed as part of tender documentand shall be read along with general conditions of contract (GCC), special conditions of contract(SCC). In case of any conflict or inconsistency between the GCC, SCC and this Volume-II, the

    same shall be brought out by the bidder in writing to BHEL for clarification, failing which moststringent interpretation/ clause in favour of BHEL shall be adopted and the same shall be bindingto the bidder.

    CLAUSENO

    DESCRIPTION

    1.0 BROAD SCOPE OF WORK

    1.1 This specification covers complete work of handling including arranging for issue ofmaterial, receipt from store/ yard, transportation to site, temporary storage prior toerection, erection & welding, dewatering during erection, protective coating (asapplicable), final painting, testing at site and commissioning of River /Canalwater/Plant water/ DMCW/ ACW (inside TG Bay)/ other LP piping and associated

    materials, Equipment/piping etc. of Fire Protection system Pkg. as mentioned indifferent sections of this tender for 2X660 MW RRVUNL , Stage V, U#7&8 SuratgarhProject, Rajasthan.

    1.2 It is not the intent of this specification to specify herein all the details of erection andcommissioning. However, the system shall conform in all respects to high standardsof quality and workmanship for performing the required duties in a manneracceptable to purchaser who will interpret the meaning of drawings andspecifications and shall be entitled to reject any work or material, which in theirjudgment is not in full accordance herewith.

    1.3 Unless otherwise specifically brought out, it will be presumed that the bidders offeris strictly in line with this specification and no deviation will be allowed after theaward of contract.

    1.4 The general terms and condition, instructions to tenderer and other attachmentsreferred to elsewhere are hereby made part of the tender. The bidder will beresponsible and governed by all requirements stipulated hereinafter.

    1.5 The quality plan attached with this specification specifies minimum quality controlrequirement. The enclosed quality plans duly certified by the bidder shall be returnedto purchaser indicating his concurrence to comply with these minimum requirements.However, after award of the job, the bidder have to submit proposed QP for BHEL/customer approval.

    1.6 The omission of specific reference to any fabrication/ erection method, equipment ormaterial necessary for proper & efficient working of the plant shall not relieve thebidder of the responsibility of providing such facilities to complete the work at quoted

    rates. Any mismatch/ defect found due to mistake in fabrication/ erection shall haveto be rectified by the bidder free of cost. Inspection by BHEL/ customer does notrelieve bidder of their responsibility of executing quality erection.

    1.7 Following shall be bidders responsibility and have to be provided within contractprice.

    1.7.1 Provision as required of all types of labour, supervisors, engineers, watch & ward,tools & tackles, calibrated IMTEs (Inspection, measuring and testing equipment) asspecified and otherwise required for work, consumables for erection, testing andcommissioning including material handling.

    1.7.2 Proper out-turn as per BHEL plan and commitment.

    1.7.3 Completion of work as per BHEL schedule.

    1.7.4 Good quality and accurate workmanship for proper performance of the equipment.

    1.7.5 Repair and rectification.

    1.7.6 Preservation/ re-conservation of all components during storage/ erection/commissioning till handing over.

    1.8 All quality standards, tolerances, welding standards & other technical requirementsshall be strictly adhered to. The Bidder shall fully apprise himself of the prevailingconditions at the proposed site, climatic conditions including monsoon pattern, soil

  • 7/23/2019 Plnat Water-make Up p&Id

    23/58

    TENDER NO PSER:SCT:

    VOLUME-II SCOPE OF WORK, TECHNICAL SPECIFICATION PAGE 3 OF 9

    conditions, local conditions and site specific parameters and shall include for all suchconditions and contingent measures in the bid, including those which may not havebeen specifically brought out in the specifications.

    1.9 All other points shall be as per the terms & conditions and specification along withaforesaid references together with amendments incorporated thereto.

    2.0 TECHNICAL SPECIFICATION FOR MAIN PLANT LP PIPING2.1 This specification is mainly intended to cover the erection & commissioning of

    River/Canal Water Piping / Plant water piping/DMCW/ACW (inside TG Bay) /otherlow pressure piping/ misc piping, which shall cover handling from storage, erection,testing, inspection, final painting, testing, servicing and commissioning of piping &fittings as covered in specification.

    2.2 The work to be carried out under the scope of this specification shall broadlycomprise of but not be limited to the following systems.

    2.2.1 It mainly consists of following for both unit # 7 & 8-

    2.2.1.1 Canal/River water Intake water system piping from Intake water Pump house(whichis located outside plant boundary) to Raw water reservoir inside plant (about 5 Kms,two runs) (ref drg no. PE-DG-392-172-N006)

    2.2.1.2 Plant water system inside the plant boundary including service water and drinkingwater, (ref drg no. PE-DG-392-172-N001)

    2.2.1.3 ACW(inside TG Bay), DMCW piping(ref drg no. PE-DG-392-179-N001 & PE-DG-392-165-N001 ).

    2.2.1.4 Any other piping under ACW/ DMCW/ Chlroination System water supply piping/ DMwater/ CW blowdown system.

    2.2.1.5 Central lub-oil system piping.

    2.2.1.6 Instrument/ service air piping of main plant and Aux. building.

    2.2.1.7 Piping/equipments of Fire Protection Sys package

    2.2.2 deleted

    2.2.3 All Canal Water, Plant water, ACW (inside TG Bay), DMCW, other LP piping system,

    Piping of Fire Protection Sys package etc. to be completed includes all its drainsand vents, impulse lines as applicable.

    2.3 BHEL reserve the right to get executed through the contractor any LP piping systemwork not mentioned in the tender document specifically (permanent/ temporary/contingency nature) , but required as per project requirement. Payment shall bemade for such item as per applicable price schedule. However, no extra paymentshall be made for dismantling of temporary/ contingent piping system.

    2.4 deleted

    2.5 The welding of pipes at terminal points shall be under the scope of this package andrequired to be done by the vendor.

    2.6 Final flange connection with equipments like oil coolers/ PHE/ self cleaning strainers/gas coolers etc is to be done by the bidder. Gaskets if required replacement, due toleakage/ damage during erection is to be replaced by the vendor free of costincluding supply of the gasket of required specification.

    2.6A All erectable gaskets, fasteners and other hardware shall be supplied by BHEL freeof cost. However, temporary gasket, if required during testing, shall have to beprovided by bidder. Bidder's quoted rates shall be inclusive of this.

    2.7 During initial unit commissioning activities, DM water, instrument air, service air, fueloil, ACW system etc availability thorugh temporary piping and valves may berequired. Erection of the same is in the vendor scope. Payment will be made as perapplicable erection rate. The piping, valves etc will be provided by BHEL free of cost.However dismantling of the piping, valve etc, its cleaning and edge preperation, for

    its reuse, if required, will have to done by the contractor without any extra claim.All pipes including Canal water /Raw water piping (underground and overground)shall be supplied by BHEL in fabricated condition in tentatively 6 mtr to 12 mtrlength. Fittings like tees, reducers, elbows, manholes, mitre bends, flanges etc shallbe supplied by BHEL in fabricated condition. Cutting of tees, elbows/ reducers to suitthe pipe fitting/ erection as required, is to be done without any extra claim.

  • 7/23/2019 Plnat Water-make Up p&Id

    24/58

    TENDER NO PSER:SCT:

    VOLUME-II SCOPE OF WORK, TECHNICAL SPECIFICATION PAGE 4 OF 9

    2.8 The contractor may have to carry out fabrication of mitre bends, tees, reducer ofsizes NB 250 and above for LP piping systems. Pipes will be supplied in runningmeters by BHEL free cost. Required number of mitre bends, tees is to be fabricatedby the LP piping erection contractor. Payment shall be made as per applicable itemof price schedule.

    2.9 Scope of Field painting at site is as per painting schedule/QP no. 7198:QPC:12,REV 03 attached.

    Paints shall be arranged by the contractor from BHEL/RRVUNL approved supplieronly.

    2.10 Necessary scaffolding, required for painting of surfaces at various locations/elevations shall be arranged by the contractor at their own cost. All the materials,required for scaffoldings shall be arranged by the contractor at their own cost.

    2.11 The instructions of paint manufacturer/ BHELs engineer shall be followed at alltimes. Colour code for paints, to be applied on surfaces of various equipment andsystem, shall be furnished during execution as per approval of HNPCL/BHEL.

    2.12 Coating thickness shall be measured by elcometer or other standard measuringdevice for measuring of finished film thickness of finished paint. If the thickness isfound to be less than specified, the pipes shall be re-surfaced to bring the same tospecified thickness.

    2.13 The quoted rate will be inclusive of supply and application of painting and noseparate payment shall be made for Finish painting.

    2.14 Erection & welding, of all valves, misc fittings required to complete the system butnot specifically mentioned in relevant annexure of tender is covered in the scope ofcontract and payment will be made as per applicable piping item of mechanical priceschedule. All such materials will be supplied by BHEL. The erection activity